FURNISHED DWELLING UNITS FOR UNACCOMPANIED TRANSIENT MILITARY PERSONNEL IN GROTON, CT
ID: LI-14024Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

NAICS

Real Estate and Rental and LeasingT (53)

PSC

LEASE/RENTAL OF TROOP HOUSING FACILITIES (X1FC)
Timeline
    Description

    The Department of Defense, specifically the Naval Facilities Engineering Systems Command, is seeking to lease fully furnished dwelling units for unaccompanied transient military personnel in Groton, Connecticut. The procurement aims to provide housing for up to 30 personnel, starting with an initial request for six units, to support the Columbia Program Office at General Dynamics, Electric Boat. This initiative is crucial for ensuring adequate living conditions for military personnel stationed in the area, reflecting the government's commitment to their welfare. Interested offerors must submit their proposals by September 16, 2024, with occupancy anticipated to begin on December 1, 2024, and the contract will span a two-year period, with potential renewals based on operational needs. For further inquiries, contact Ryan Plessinger at Ryan.a.plessinger.civ@us.navy.mil or Orlando Johnson at orlando.l.johnson6.civ@us.navy.mil.

    Files
    Title
    Posted
    The document is an amendment to a Solicitation for Offers (SFO) regarding furnished dwelling units for unaccompanied transient military personnel in Groton, CT. Key changes include an adjustment of occupancy dates from May 1, 2024, to December 1, 2024, and an extension for lease offers until September 16, 2024. The government plans a one-year lease with a possible renewal, retaining the right to terminate leases with 30 days' notice. The responses to various inquiries clarify that housing requirements will depend on the gender composition of occupants, emphasizing the need for two and three-bedroom apartments over one-bedroom options. Payment for leased units will continue regardless of occupancy duration. The document outlines the government’s housing standards and procedures while addressing concerns related to contracts and occupancy guidelines. The responses reassert the ongoing need for these apartments, signaling a commitment to providing adequate housing for military personnel stationed locally. The clarity on expectations and the detailed structure aids vendors in preparing suitable proposals in alignment with the amended solicitation requirements.
    The document is an amendment to Solicitation for Offers (SFO) LI-14024 by the Naval Facilities Engineering Systems Command, focusing on the leasing of dwelling units for unaccompanied transient military personnel in Groton, Connecticut. Key updates include the adjustment of occupancy dates from May 1, 2024 – May 1, 2026 to December 1, 2024 – December 1, 2026, and the new offer submission deadline set for September 16, 2024. Furthermore, it requires a minimum of five units in the same complex. The amendment also discusses the government's right to terminate leases with thirty days' notice and specifies that units must be two or three bedrooms, excluding one-bedroom options. The anticipated leasing is for an initial one-year period, with a potential renewal option. The document outlines conditions for cleanliness, background checks, and stipulates that unoccupied units will still receive payment. Additional details include a commitment to email lessors two months before occupancy needs arise, signifying the government’s intention to secure necessary housing proactively. This solicitation addresses critical housing arrangements for military personnel, ensuring operational readiness and compliance with established requirements.
    The document is an amendment to Solicitation for Offers LI-14024 from the Naval Facilities Engineering Systems Command, addressing housing needs for unaccompanied transient military personnel in Groton, CT. Key updates include a change in occupancy dates from May 1, 2024, to December 1, 2024, and a revised offer submission deadline now set for September 16, 2024. The amendment specifies a requirement for a minimum of five units located within the same complex. Questions and answers clarify details about apartment configurations suitable for personnel, emphasizing the need for two and three-bedroom units—one and two-bedroom options are not accepted. The government plans to lease initially for one year, with a provision for renewal, and asserts the right to terminate leases with 30 days' notice. Payment will be made for unoccupied units, and future requirements will be communicated to lessors approximately two months in advance. This document reflects the government's attempt to secure sufficient, suitable housing that meets operational needs and fosters cost efficiency for military personnel stationed in the area.
    The document serves as Amendment 4 to Solicitation for Offers (SFO) LI-14024, pertaining to the leasing of furnished dwelling units for unaccompanied transient military personnel in Groton, CT. It outlines several critical updates, including a change in occupancy dates from May 1, 2024, to December 1, 2024, and a new offer submission deadline of September 16, 2024. The mandated unit configuration mandates a minimum of five units within the same complex. Questions and answers provide essential clarifications regarding requirements, including the apartment size, lease duration, and government payment obligations for unoccupied units. The initial housing requirement is for six personnel, expanding to thirty at a later date. Leases will offer an initial period of one year with an option for renewal but can be terminated with thirty days' notice. Importantly, only two and three-bedroom apartments will be accepted, and the government will not pay for unoccupied units outside the contract terms. This amendment reflects the government's intent to ensure suitable housing for military personnel while addressing logistical and contractual requirements effectively.
    The document presents Amendment 5 to Solicitation for Offers (SFO) LI-14024, issued by the Naval Facilities Engineering Systems Command for the provision of furnished dwelling units for unaccompanied transient military personnel in Groton, Connecticut. Key updates include a shift in occupancy dates from May 2024 to December 2024, an adjustment of the offer submission deadline to September 16, 2024, and clarification that at least five units should be available in a single complex. The amendment addresses common inquiries, emphasizing that the initial lease term is one year with a potential renewal for an additional year. It confirms that housing configurations will depend on gender composition and establishes that the units will be paid for irrespective of occupancy status. Future requests for additional units may arise throughout the solicitation period, with a focus on two and three-bedroom apartments rather than one-bedroom options. The document maintains a formal tone and outlines specific compliance requirements, including ADA and UFAS regulations, while also outlining expectations for cleanliness and occupancy management. This SFO reflects the government's ongoing commitment to providing appropriate housing solutions for military personnel, ensuring clarity in procurement requirements and supporting documentation.
    This amendment to Solicitation for Offers (SFO) LI-14024, issued by the Naval Facilities Engineering Systems Command, focuses on leasing furnished dwelling units for unaccompanied transient military personnel in Groton, CT. Key updates include a change of occupancy dates from May 1, 2024 – May 1, 2026, to December 1, 2024 – December 1, 2026, and a revised offer submission date from March 29, 2024, to September 16, 2024. Furthermore, a minimum of five units or the full requirement must be located in the same complex. The initial request includes housing for six personnel, with an anticipated need for up to 30 units over the solicitation period. Questions and answers regarding the leasing process address topics such as ideal apartment configurations, cleaning requirements, and the government's leasing flexibility. The document clarifies that no background checks are needed from lessors due to the government’s control over occupants, and payment will be provided for unoccupied units. The process underscores the importance of compliance with accessibility requirements and clarifies sublease stipulations. Overall, this solicitation amendment is essential for establishing housing support for military personnel while ensuring adherence to government contracting procedures.
    The document presents the Solicitation for Offers concerning Bachelor Quarters (BQ) Leases under Contract #N62470-24-RP-00018, containing general provisions and clauses updated as of February 1, 2023. These clauses govern aspects of the leasing agreement including definitions, administration, payment terms, insurance, maintenance obligations, and conditions for termination. Key clauses ensure compliance with applicable laws and stipulate the responsibilities of the Lessor in maintaining the premises and providing required services, including inspections and repairs. Furthermore, the document emphasizes the importance of equal opportunity, encouraging the utilization of small and disadvantaged businesses while promoting compliance with various federal regulations regarding employment and contracting practices. It details dispute resolution procedures, record examinations, and conditions under which the obligations may be transferred or assigned, highlighting governmental protections against fraud and non-compliance. In essence, this solicitation serves as a comprehensive framework for the leasing process, outlining responsibilities, protections, and enforcement to ensure a transparent and fair procurement for residential accommodations for military personnel.
    The document outlines specifications for a housing contract (N62470-24-RP-00018) with the Program Executive Office, Strategic Submarines, Groton, CT. Key requirements include maintenance obligations by the Lessor, ensuring items like furnishings and appliances are replaced without additional cost when unserviceable, excluding negligence from the Government. It mandates the provision of laundry facilities, utilities (e.g., heat, electricity, water), central heating and air conditioning, color TVs with internet capability, and adequate parking. Additionally, the Lessor must implement pest control measures, provide necessary keys and access to recreational facilities, and adhere to security standards set by federal regulations. Maintenance service is required 24/7, with urgent issues to be addressed within specific time frames, including emergencies within 60 minutes. Move-out cleaning is a responsibility of the Lessor. This solicitation emphasizes the need for comprehensive, responsive housing services to meet the requirements of military personnel and their families, reflecting the government's commitment to providing suitable living conditions.
    This document outlines the minimum furnishing and appliance requirements for apartments managed under a government contract. It details specifications for kitchens, living areas, bedrooms, and bathrooms, including necessary items like cookware, furniture, and cleaning supplies. Key components include dishware and flatware sets, a comprehensive list of kitchen appliances, bathroom linens, and essential cleaning items per unit. The document also stipulates provisions for access and keys, including parking permits and fitness center access. It mentions that, at the government's discretion, double beds may be substituted with two single beds. This structured inventory serves as a guideline for compliance with federal standards for housing units, reflecting the government’s efforts to ensure quality and consistency in accommodations provided to individuals in need. Overall, it emphasizes attention to detail in furnishing to foster a homely living environment.
    The document serves as a set of Representations and Certifications required for bidders seeking to acquire leasehold interests in real property under Solicitation Number SFO LI-14024. It outlines various definitions relevant to small business programs, including criteria for economically disadvantaged women-owned small businesses, veteran-owned small businesses, and small disadvantaged businesses, among others. The Offeror must complete applicable sections to represent their business status regarding size, ownership, and previous compliance with federal regulations. The form requires self-certification about the business's tax liabilities, criminal convictions, and debarment status, along with specific environmental certifications concerning the presence of hazardous materials like asbestos and lead-based paint in the offered space. Furthermore, it mandates registration in the System for Award Management (SAM) database to ensure eligibility for federal contracts. This solicitation reflects the federal government's focus on promoting small and disadvantaged businesses while ensuring compliance with tax and legal standards. The comprehensive requirements aim to foster transparency and accountability in the procurement process, prioritizing ethically responsible practices within federal acquisitions.
    The document outlines the Solicitation for Offers (SFO) LI-14024 for the government housing contract N62470-24-RP-00018. It details requirements for properties being offered, aimed at meeting the United States Navy's housing needs. Key criteria include properties located within a designated area, compliance with maintenance and cleanliness standards, and provision of specific unit configurations (e.g., 2 beds, 3 baths). Essential amenities are mandated, including functional kitchen appliances, adequate lighting, window treatments, and security features such as smoke and carbon monoxide detectors. Additionally, properties must offer at least one parking space per bedroom, built-in laundry facilities, and comply with federal accessibility and security standards. The urgency is emphasized with a delivery requirement for immediate occupancy by May 1, 2024. Failure to meet any criteria may result in proposal rejection. This document plays a critical role in facilitating housing contract procurement for government personnel.
    The document SFO LI-14024—Enclosure 2 pertains to a recently delineated area relevant for federal and state grant requests or proposals (RFPs). Its primary focus is to define the geographic boundaries pertinent to a specific governmental initiative, which may relate to environmental assessments, urban planning, or federal funding eligibility assessments. The delineation is essential for determining criteria such as project eligibility, funding levels, and compliance with environmental standards within the identified area. Supporting details indicate the criteria used to establish these boundaries, emphasizing the importance of clear definitions for stakeholder engagement, regulatory compliance, and potential impacts on local communities. The structure suggests a systematic approach to identifying relevant spatial factors, which can affect project proposals and grant applications. This document serves as a directive for interested parties to understand the geographical limits pertinent to federal engagement and funding opportunities, ensuring all participants operate within an agreed-upon framework for project development and assessment.
    This document outlines a lease agreement between a lessor and the United States government for the rental of real property intended for government use. The lease specifies the term of the agreement, with provisions for termination and renewal initiated by the government through written notice. Rent payment details are present, indicating monthly arrears and proration for shorter periods. The lessor is obligated to meet the requirements listed in Solicitation LI-14024, which includes adherence to minimum specifications and furnishing details specified in various attached exhibits. The document highlights both parties' signatures, formalizing the agreement. This lease serves as a vital component in the government's procurement process, facilitating the acquisition of necessary facilities while ensuring compliance with federal grant guidelines and local RFPs. Through this lease, the government aims to secure properties that meet specified standards for operational needs.
    The United States Navy's Naval Facilities Engineering Systems Command has issued a Solicitation for Offers (SFO) for leasing fully furnished apartments for unaccompanied transient military personnel assigned to the Columbia Program Office in Groton, Connecticut. The SFO seeks housing that meets specific requirements regarding location, facility standards, furnishings, and security, intending to accommodate up to 30 personnel starting May 1, 2024, for a duration of two years. Offerors are required to submit their proposals by March 29, 2024, adhering to specified criteria which include unit specifications, rental rates, and compliance with government regulations. The evaluation process will prioritize technically acceptable proposals based on the lowest price per bedroom over the lease term. Following the award, successful bidders must execute a standard lease agreement and provide proof of insurance. The document outlines the comprehensive details and expectations for prospective offerors, demonstrating the Navy's commitment to meeting military housing needs within established standards and budgets.
    Similar Opportunities
    SHIPPINGPORT (ARDM 4) - Government Owned Contractor Operated (GOCO) Operation and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking information regarding the operation, maintenance, and protection of the Government-Owned, Contractor-Operated floating dry-dock SHIPPINGPORT (ARDM-4) located at the Naval Submarine Base in New London, Connecticut. This sources sought notice aims to verify the intent of General Dynamics Electric Boat (GDEB) and Huntington Ingalls Industries Newport News (HII-NNS) to compete for this requirement, as they are the only nuclear qualified shipyards capable of performing the necessary work. The anticipated contract, if issued, is expected to support operations during fiscal year 2026 and include four additional one-year option periods, with a planned release date for the solicitation in the summer of FY25. Interested parties must submit their responses, both positive and negative, to Ms. Angel Jaeger at angel.jaeger.civ@us.navy.mil by 1700 ET on October 9, 2024.
    Rental of Four (4) Conex Containers /w Two (2) Transported
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of four 20-foot Conex containers along with transportation services, under the RFQ number N3904024Q0208. The procurement aims to deliver two containers to Groton, CT, and two to Kittery, ME, with a performance period extending from October 28, 2024, to October 27, 2025, and includes options for two additional years through 2027. This initiative is crucial for supporting the Navy's operational needs while promoting small business participation in federal contracting. Interested vendors must submit their proposals via email by September 30, 2024, at 11:00 AM ET, and are required to be registered in the System for Award Management (SAM) while adhering to strict technical and security requirements outlined in the solicitation documents. For further inquiries, potential contractors can contact Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or by phone at 207-438-1358.
    Office Pods
    Active
    Dept Of Defense
    The Department of Defense, specifically the Connecticut Army National Guard (CTARNG), is seeking quotes for the procurement of two office pods under a Firm-Fixed Price contract. The requirement includes prefabricated metal building components, with specifications detailing dimensions, materials, and features such as HVAC units and electrical installations. These office pods are intended to enhance operational efficiency and provide functional workspace solutions for military personnel. Interested small businesses must submit their quotes by 2:00 p.m. Eastern Time on September 17, 2024, and all inquiries should be directed to Leslie Fedler via email at leslie.a.fedler.civ@army.mil or fax at 860-386-4070 by September 13, 2024.
    Manufacture Spud Rails and Securing Brackets, Replace Spud Rail Securing Brackets for ARDM 4
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for a firm fixed price contract to manufacture spud rails and securing brackets, as well as to replace existing spud rail securing brackets for the Shippingport (ARDM 4), a floating dry dock located in Groton, Connecticut. The procurement requires the contractor to produce three spud mooring rails and three securing brackets, adhering to strict naval engineering standards, and to manage the logistics of fabrication, installation, and non-destructive testing (NDT) of these components. This project is critical for enhancing the mooring capabilities of the Shippingport, ensuring operational readiness and safety for naval operations. Proposals are due by 12:00 P.M. EST on October 15, 2024, and interested vendors should contact Andrea Cook at andrea.a.cook.civ@us.navy.mil or Stephanie Neale at stephanie.l.neale.civ@us.navy.mil for further details.
    TEMPORARY BERTHING DUTY ROOMS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Strategic Weapons Facility Atlantic (SWFLANT), is seeking a firm fixed-price contract for temporary berthing duty rooms, which are essential for accommodating personnel in a secure environment. The Navy Exchange Service Command is identified as the sole vendor capable of meeting the facility's specific security and operational requirements, leading to a single-source solicitation under FAR regulations. Interested vendors are encouraged to express their interest and demonstrate their capability by September 23, 2024, while all communications must be conducted via email to the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL. Vendors must also register with the System for Award Management (SAM) to participate in this procurement process.
    Relocatable Lease
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is planning to award a Firm Fixed-Price delivery order for the continued lease of a relocatable office building from Williams Scotsman, Inc. at Joint Base McGuire-Dix-Lakehurst, New Jersey. This procurement aims to avoid substantial duplication of costs associated with relocating and setting up a new facility, which would include expenses for furniture removal, tear down preparations, and new facility costs. The lease is critical for ongoing operations at NAWCAD Lakehurst, and interested parties must submit their responses via email to Shara Ruth at shara.j.ruth.civ@us.navy.mil by September 19, 2024, at 11:00 A.M. EDT. This presolicitation notice does not constitute a request for competitive proposals, and the government is not obligated to issue a solicitation or award a contract.
    Z--REQUEST FOR INFORMATION AND INDUSTRY FORUM FOR DEPARTMENT OF NAVY LODGING PRIVATIZATION
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is requesting information and industry forum for the Department of Navy Lodging Privatization. This request for information (RFI) is for informational and planning purposes only and is not a request for proposal or commitment of any kind. The government does not intend to award a contract solely based on this RFI. The RFI is being issued via Federal Business Opportunities and Navy Electronic Commerce Online. Interested parties should check the websites periodically for any amendments or updates to this notice. The attachments provide additional details, including the industry forum registration form and RFI questions.
    U.S. Government Space Required: Layton, UT
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a full-service lease of retail office space in Layton, UT, to accommodate a U.S. Armed Forces Career Center. The government requires a minimum of 900 rentable square feet and a maximum of 1,010 rentable square feet, with a lease term of one year firm, extendable up to five years, and includes government termination rights. This procurement is crucial for maintaining operational efficiency as the current lease is expiring, and the government will evaluate the economic advantages of relocating. Interested parties must submit their proposals electronically to Jeffery Reed at jeffery.m.reed@usace.army.mil by 3:00 PM PDT on September 21, 2024, including necessary documentation such as exclusivity agreements and representation letters.
    Recruiting Station - Navy Career Center - Tampa, FL
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a retail storefront space to serve as a Navy Career Center in Tampa, Florida. The required space must range from 1,284 to 1,605 gross rentable square feet, with provisions for adequate parking for two government vehicles and a preference for a full-service lease that includes utilities and janitorial services. This facility is crucial for supporting recruitment efforts and must comply with various federal specifications, including energy efficiency standards and security requirements. Interested parties should submit their proposals, including a contractor's bid for build-out, to William Felder at william.c.felder@usace.army.mil by 11:59 PM on October 4, 2024, with the selection process expected to conclude approximately 30 days after the proposal deadline.
    Topside Diesel Rental- Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the rental of a topside diesel generator to support submarine docking operations. The rental period is set from February 10, 2025, to March 24, 2025, with an option for extension until April 8, 2025, and the procurement is designated as a total small business set-aside. This generator is crucial for ensuring operational efficiency during docking procedures, and vendors must comply with environmental regulations and provide detailed specifications in their proposals. Interested parties must submit their quotes by September 30, 2024, and can contact Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or call 207-438-1358 for further information.